S222--Hazardous Waste Disposal BPA
ID: 3624925Q0093Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Hazardous Waste Collection (562112)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for hazardous waste disposal services, specifically for the Lexington, KY VA Health Care System and its associated campuses and clinics. The procurement includes the collection, transportation, and disposal of hazardous and non-hazardous waste, pharmaceutical waste management, technical consulting, and employee training, with a strong emphasis on compliance with federal, state, and local regulations. This initiative, valued at approximately $47 million, is set aside for service-disabled veteran-owned small businesses and has a performance period from February 1, 2025, to January 31, 2030. Interested contractors should contact Contract Specialist Demetra Majors at demetra.majors@va.gov or 615-225-6566 for further details.

Point(s) of Contact
Demetra MajorsContract Specialist
(615) 225-6566
demetra.majors@va.gov
Files
Title
Posted
The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for hazardous and non-hazardous waste disposal services for the Lexington, KY VA Health Care System, including the Troy Bowling and Franklin R. Sousley Campuses, and Community Based Outpatient Clinics. The contract, which is set aside for service-disabled veteran-owned small businesses, is valued at approximately $47 million, with a performance period from February 1, 2025, to January 31, 2030. Key requirements include the collection, transportation, and disposal of various waste types, pharmaceutical waste management, technical consulting, and employee training. Contractors must provide a centralized waste tracking system, 24/7 emergency spill response services, and adhere to federal, state, and local regulations. There are specific conditions regarding payment, invoicing, safety procedures, and documentation required for compliance. The RFP allows for a maximum order limit of $190,000 per purchase order, with a ceiling limit of $950,000 for the entire contract. Various attachments provide additional details on service locations, pricing schedules, and terms and conditions. This comprehensive RFP showcases the government's commitment to sourcing environmental services while leveraging the capabilities of veteran-owned businesses.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
4235--Regulated Medical Waste Disposal FARGO VA HCS POP BASE: 07/01/2025 - 06/30/2026
Buyer not available
The Department of Veterans Affairs is soliciting proposals for regulated medical waste disposal services for the Fargo VA Health Care System, with a contract period from July 1, 2025, to June 30, 2026. The procurement aims to ensure the safe collection, transportation, treatment, and disposal of regulated medical waste, including infectious and trace chemotherapy waste, with an estimated total weight of 66,100 pounds per year. This initiative is crucial for maintaining health and safety standards within veteran care facilities, emphasizing compliance with federal, state, and local regulations regarding hazardous waste management. Interested contractors must submit their quotes by 10:00 AM CST on April 25, 2025, to the designated contracting officer, Alberta Mickells, at Alberta.Mickells@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
S205--Solid Waste Removal & Disposal Services
Buyer not available
The Department of Veterans Affairs is conducting market research for Solid Waste Removal and Disposal Services at the Louis A. Johnson VA Medical Center in Clarksburg, WV. The objective is to contract services for the management of municipal solid waste (MSW) and recyclables, excluding hazardous medical waste, while emphasizing compliance with environmental regulations and local noise ordinances. This initiative is crucial for maintaining sustainable waste management practices within the healthcare system. Interested companies must submit their capabilities and relevant experience by May 2, 2025, to the Contracting Officer, Craig Armagost, at craig.armagost@va.gov.
AMENDMENT Hazardous Waste Disposal for FARGO VA HCS & CBOCs
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide hazardous waste disposal services for the Fargo VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). The procurement aims to secure comprehensive disposal services for various waste categories, including hazardous, non-hazardous, pharmaceutical, and specialty wastes, with a contract period spanning one base year and four option years, starting from July 1, 2025, through June 30, 2030. This initiative is critical for ensuring compliance with federal and state regulations regarding waste management, thereby safeguarding public health and environmental safety. Interested contractors must submit their quotes by email to Alberta Mickells at Alberta.Mickells@va.gov by 10:00 AM CDT on May 2, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
6515-- On-Site Treatment System for Regulated Medical Waste
Buyer not available
The Department of Veterans Affairs is conducting a sources sought notice to identify qualified small businesses capable of providing an on-site treatment system for regulated medical waste (RMW), specifically a Level 1 steam autoclave treatment system. This system must be able to process approximately 1,000 to 2,000 pounds of untreated medical waste within a six-hour period while adhering to environmental regulations outlined in Executive Order EO 14057. Interested parties, including Service-Disabled Veteran-Owned, Veteran-Owned, HUBZone, Women-Owned, and other small disadvantaged businesses, are invited to submit a capabilities statement by May 1, 2025, detailing their qualifications and relevant certifications to Contracting Officer LaTerrica Sewell at LaTerrica.Sewell@va.gov. Responses will assist the government in determining the appropriate acquisition strategy for a potential future contract without obligating the government to proceed with an RFP or reimburse any submission costs.
LEXINGTON VAMC WATER QUALITY MONITORING/TESTING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide water quality monitoring and testing services for the Lexington VA Health Care System. This procurement aims to ensure compliance with the AAMI ST108 standard for water used in medical device processing, which is critical for maintaining high health care standards. The contract will be structured as a Blanket Purchase Agreement (BPA) with a performance period from May 1, 2025, to April 30, 2028, and a maximum ceiling of $245,000. Interested vendors must submit their quotes by 4:00 PM CT on April 29, 2025, and can contact Elyse "Nicole" McVey at Elyse.McVey@va.gov or 615-225-6502 for further information.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
5 YEAR NON EMERGENCY WHEELCHAIR TRANSPORTATION
Buyer not available
The Department of Veterans Affairs is seeking responses for a five-year Blanket Purchase Agreement (BPA) for non-emergency wheelchair transportation services for the James H. Quillen VA Medical Center and associated facilities across multiple states, including Tennessee, Virginia, Kentucky, and North Carolina. The procurement aims to identify potential contractors capable of providing year-round, 24/7 transportation services that ensure the safe transport of veterans, while adhering to regulatory standards and maintaining high service quality. This initiative is part of the government's broader effort to enhance service delivery to veterans and ensure compliance with HIPAA regulations, with a performance satisfaction rate target of 98%. Interested contractors should contact Phon Phasavath at phon.phasavath1@va.gov or call 615-225-3416 for further details, noting that responses to this sources sought notice are voluntary and not binding.
Hines VA Hospital Janitorial Services (2/1/25-1/31/26
Buyer not available
The Department of Veterans Affairs is seeking proposals for janitorial services at the Edward Hines Jr. VA Hospital in Hines, Illinois, for the period from February 1, 2025, to January 31, 2026. The contract will require compliance with labor standards and healthcare cleaning protocols, emphasizing infection control and the maintenance of cleanliness in various hospital areas. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) companies, reflecting the government's commitment to supporting veteran entrepreneurs. Interested parties should submit their quotes by November 15, 2024, at 3:00 p.m. Central Time, and may direct inquiries to Contract Specialist Dustin Biermann at Dustin.Biermann@va.gov.
VISN 5 Emergency Restoration and Disaster Remediation - VA Maryland Health Care System
Buyer not available
The Department of Veterans Affairs is seeking proposals for Emergency Restoration and Disaster Remediation Services for its VISN 5 facilities, which include medical centers and outpatient clinics across Washington, D.C., Maryland, and West Virginia. The contract, structured as a five-year Indefinite Delivery Requirements Contract (IDRC), aims to ensure a safe working environment for patients and staff by providing essential services such as water leak cleanups, mold remediation, and fire damage recovery. This procurement underscores the VA's commitment to maintaining operational integrity and safety within its healthcare facilities. Interested contractors must submit their quotes by May 22, 2025, and can direct inquiries to Robert O'Keefe Jr. at robert.okeefejr@va.gov or by phone at 410-642-2411.
Z1LB--596-25-2-5821-0005 - 596-25-104 - CLC - Road Repaving
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the CLC Road Repaving project at the Franklin R Sousley Campus, Lexington VAMC. The procurement involves the demolition, removal, and repaving of existing roads while ensuring continuous access for residents, with a focus on compliance with OSHA safety standards and environmental regulations. This project is part of a broader initiative to enhance infrastructure at VA facilities, emphasizing the importance of quality construction and safety in public works. Interested contractors, particularly service-disabled veteran-owned small businesses, must submit their bids electronically by May 7, 2025, following a mandatory site visit on April 14, 2025, with an estimated project cost between $250,000 and $500,000. For further inquiries, contact Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.